Rock Island Arsenal - Base Operations Support Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army is issuing a pre-solicitation synopsis for Base Operations Support Services at Rock Island Arsenal, Rock Island, IL. This requirement covers essential maintenance, operations, and support services for the installation. The contract is anticipated to be a 100% 8(a) Set-Aside.
Scope of Work
The non-personal services include, but are not limited to:
- Building and Real Property Maintenance: Repair and maintenance of existing buildings, structures, and real property, including carpentry, plumbing, electrical, masonry, painting, flooring, and roofing.
- Hydroelectric Plant Operations: Continuous operation of the hydroelectric plant, including system inspections, water flow maintenance, generating equipment operation, electrical switching, and SCADA system operation.
- Bridge Operations and Maintenance: Maintenance of the Moline Bridge, Rock Island Viaduct, RIA Viaduct Pedestrian Bridge, and Government Swing Span Bridge.
- Pest Management: Services covering surveillance, identification, breeding site removal, pesticide applications, and integrated pest management.
Contract & Timeline
- Type: Pre-solicitation synopsis (solicitation anticipated)
- Anticipated Contract Type: Hybrid Firm Fixed Price and Time & Materials
- Duration: Up to nine years.
- Base Period: Four 12-month ordering periods (first includes 2-month transition + 10 months full performance; subsequent three are 12 months each).
- Option Period: One option period consisting of five additional 12-month ordering periods (5 through 9).
- Set-Aside: 100% 8(a) Set-Aside (FAR 19.8)
- Response Date: February 4, 2026 (for anticipated solicitation)
- Published: December 19, 2025
Evaluation
The solicitation is expected to utilize a formal source selection process combining Technically Acceptable criteria and Trade-off Criteria.
Additional Notes
This is a pre-solicitation notice; a formal solicitation with all necessary documents is anticipated. This notice does not obligate the Government to award a contract. No requests for meetings or briefings will be accepted, and phone/email solicitations regarding RFP status will not be accepted prior to the solicitation release.